createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709476902727
version2
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd381000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose11-03-2024 16:00:00
tenderQueryClose07-03-2024 17:30:00
technicalBidOpen12-03-2024 16:30:00
publishedDate04-03-2024 14:00:19
publishedByPostPWD_EE_DIV_KLB
publishedByUserKPE14204 - SUBHASH L SHIXNAKAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDate06-03-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonExecutive Engineer PWD Division Kalaburagi
splitEmdRequiredYnTrue
emdBankGuarantee281000.00
emdCash100000.00
bgValidityPeriod135
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedNone
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber0847225652
mobileNumber9448652632
tenderSupplierListNone
tenderSchedule
createdTs1709476902767
version4
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT9475
titleConstruction of CC Road Bus Stand to SB College to Ananda Hotel to SM Pandit Rang Mandir at Kalaburagi City.(Kalaburagi South). Under KKRDB Macro Non-Social Gen (KLB2312143241) for the year 2023-24
descriptionConstruction of CC Road Bus Stand to SB College to Ananda Hotel to SM Pandit Rang Mandir at Kalaburagi City.(Kalaburagi South). Under KKRDB Macro Non-Social Gen (KLB2312143241) for the year 2023-24
categoryWORKS
categoryTextWorks
ecv25418353.19
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1689
locationNamePWD Division Office Kalaburagi
provisionalAmount30000000.0
groupOverheadTotal0.0
fileNumberPWD/SD/KLB/KKRDB/MACRO/2023-24/26
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17094769030000NoneNoneRoadsConstruction of CC Road Bus Stand to SB College to Ananda Hotel to SM Pandit Rang Mandir at Kalaburagi City.(Kalaburagi South). Under KKRDB Macro Non-Social Gen (KLB2312143241) for the year 2023-2425418353.19
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
289795695013NoneVol-III I no. 2.19 Page No. 12Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 m3 in volume and stock piling at designated locations and disposal of dismantled materials and stacking serviceable and unserviceable materials separatelyCum591.15591.151350.0FalseNoneNoneFalseNoneFalse798052.50
289795795013NoneVol-I I No. 1.12 Page No. 8Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenances required to complete the work. In all kinds of soils upto 300 mm depthCum99.7599.75972.0FalseNoneNoneFalseNoneFalse96957.00
289795895013NoneVol-III I No. 3.7 Page No. 17Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction.Cum110.25110.251012.5FalseNoneNoneFalseNoneFalse111628.1250
289795995013NoneVol-III I No. 3.6 Page No. 17Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2Cum517.65517.651125.0FalseNoneNoneFalseNoneFalse582356.250
289796095013NoneVol-III I No. 4.1 (v) Page No. 23Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 For Grading -V MaterialCum2611.352611.351080.0FalseNoneNoneFalseNoneFalse2820258.00
289796195013NoneVol-III I No. 4.17 Page No. 26Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.Cum2686.952686.951012.5FalseNoneNoneFalseNoneFalse2720536.8750
289796295013NoneVol-III I No. 6.5 Page No. 50Construction of M30 Grade un-reinforced, dowel jointed, plain cement concrete pavement over a prepared sub base with OPC @ 270 kg/m3 and GGBS@ 90 kg/m3 , coarse and fine aggregate conforming to IS 383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a batching and mixing plant as per approved mix design transported to site, laid with a paver finisher, spread, compacted and finished in a continuous operation including provision of contraction, expansion, construction and longitudinal joints, joint filler, separation membrane, sealant primer, joint sealant, debonding strip, dowel bar, tie rod, admixtures, curing compound, steel channels, finishing to lines and grades as per drawing.Cum8230.958230.951350.0FalseNoneNoneFalseNoneFalse11111782.50
289796395013NoneVol-I I No. 2.11 (h) Page No. 18Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification. All other type of structurest82961.5582961.557.29FalseNoneNoneFalseNoneFalse604789.69950
289796495013NoneVol-III I No. 8.42.3 Page No. 74Supplying and fixing M15 grade precast cement concrete Kerb stones for Roadway, Sidewalls and gutters fixed with CM 1:3 fixed and finsihed in line as per direction of Engineer in charge. (The cost of PCC shall be paid extra) 600 x 300 x 150 mm sizem486.15486.153600.0FalseNoneNoneFalseNoneFalse1750140.00
289796595013NoneVol-II I no. 9.25 page no. 63Providing and laying 60mm thick factory made cement concrete paver block of approved shape and colour of M -30 grade made of C&D waste by block making machine with vibratory compaction laid in required pattern and including over 50mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge.Sqm840.0840.02700.0FalseNoneNoneFalseNoneFalse2268000.00
289796695013NoneVol-I I No. 2.5.1 Page No. 16Providing and laying in position Cement Concrete for all Super structures of building , Road works, Water works, Irrigation works & super structure works of bridges upto 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers laid in layers, well compacted using needle vibrators. The cost includes all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes , labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregatesCum6961.56961.5162.0FalseNoneNoneFalseNoneFalse1127763.00
289796795013NoneVol-I S R Sl No. 4 Page No. 111Addendum I-Percentage Additionalities for Formwork, Centering & Scaffolding for Cement Concrete Drain Walls add 35%Cum2436.522436.52162.0FalseNoneNoneFalseNoneFalse394716.240
289796895013NoneVol-5 I No. 16.28.2 Page No. 198Repairs to Machinehole for different depths including removal of debris, levelling the brick masonry, construction of brick masonry upto Ground level, providing CC coping alround the MH cover, plastering both inside and outside to the brick masonry and fixing of manhole frame and cover, curing, refilling with appurtenances complete. Upto 0.60m depthEach17180.117180.145.0FalseNoneNoneFalseNoneFalse773104.50
289796995013NoneVol-III I No. 8.15 Page No. 67Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes.Sqm556.5556.5225.0FalseNoneNoneFalseNoneFalse125212.50
289797095013NoneVo-III I No.8.10 Page No. 66Painting two coats after filling the surface with synthetic enamel paint in all shades on new plastered concrete surfacesSqm114.45114.451080.0FalseNoneNoneFalseNoneFalse123606.00
289797195013NoneVol-III I No. 8.54 Page No. 78Providing and fixing board displaying information, such as 'Name of work, Tender cost, Name of Contractor, Work completion and liability period etc', having rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm) thick mild steel sheet painted with one coat of Zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamel on back side and border / messages / symbols etc. with approved colour shade paint complete, on M.S.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of size 35mmx35mmx3mm duly painted including Two M.S. angle iron posts of size 65 mm x 65 mm x 6 mm, 3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete. Spec. No. As directed by Engineer in Charge & MoRTH specification 804No9450.09450.01.0FalseNoneNoneFalseNoneFalse9450.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17094769040000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17094769040001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17094769040001NoneNoneELIGIBILITYIt shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of kppp portal on or before the last date and time of bid submission.None
17094769520000NoneNoneELIGIBILITYThe bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches at bidders end.None
17094770420000NoneNoneELIGIBILITYEMD of Rs 3,81,000.00 is to be paid in full through e payment Rs. 1,00,000/- on e payment and Rs. 2,81,000/- shall be in favour of the Executive Engineer, PWD Division, Kalaburagi and may be in the form of Bankers Cheque/ Demand Draft/ Pay Order in favour of Executive Engineer, PWD Division, Kalaburagi payable at Kalaburagi pledges to the Executive Engineer, PWD Division, Kalaburagi, or Bank Guarantee in the prescribed format obtained from any nationalised / Scheduled Bank.None
17094770520000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder.None
17094770650000NoneNoneELIGIBILITYAs per Karnataka State Government order No.LD/300/LET/2006 Bangalore Dated 01.01.2007 and Government Letter No.PW/134/BMS/2007 Dated 27.7.2007, a sum amounting to 1%of the bill amount will be deducted towards Construction Labour Welfare fund.None
17094770720000NoneNoneELIGIBILITYThe Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders.None
17094770830000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17094770900000NoneNoneELIGIBILITYThe Tenderer shall obtain the workdone certificate in the prescribed format from the Competent Authority not below the rank of Executive Engineer (District Level Officer) and scan the Original Certificate and attach the scanned file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical Bids for physical verification.None
17094770990000NoneNoneELIGIBILITYFinancial Year will be reckoned as the period between first day of April and Thirty first day of March of succeeding year(both days inclusive).None
17094771060000NoneNoneELIGIBILITYThe Tenderer shall scan the Original Ownership Documents/ Lease/ Hire commitment Agreement for the Machinery and attach the scanned file to the Bid. The Original Documents shall be produced at the time of opening of technical Bids for physical verification.None
17094771140000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the BidderNone
17094771240000NoneNoneELIGIBILITYThe Employer reserves the right to Reject any or all Tenders without assigning any reason.None
17094771350000NoneNoneELIGIBILITYThe defect liability period for this work is 365 daysNone
17094771450000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing kppp portal.None
17094771540000NoneNoneELIGIBILITYThe rates of all the items appeared in Bill of Quantities are inclusive of all leads and liftsNone
17094771640000NoneNoneELIGIBILITYThe contractor shall bound to comply the prevailing rules and regulations with regard to the EPF rules and any modifications before and after execution of agreementNone
17094771730000NoneNoneELIGIBILITYAfter the award of the contract, the contractor has to furnish the details in respect of labour employed and the EPF details for this work in every RA bill.None
17094771820000NoneNoneELIGIBILITYBidders are advised to note that , 18% GST will be added to the contract amount.None
17094771900000NoneNoneELIGIBILITYFinancial turnover of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24 in the Technical Qualification Criteria mentioned in the next section.None
17094772000000NoneNoneELIGIBILITYThe bidder should mention the UDIN No on the turnover certificate, failing which bid is rejected.None
17094772100000NoneNoneELIGIBILITYIf the bidder uploaded the false document while participating in the tender, the bidder will be responsible and action will be initiated as per the tender clause.None
17094772200000NoneNoneELIGIBILITYThe work should be completed in 09 (Nine) Months ( including monsoon)None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 a) Achieved in at least two financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs. 508.37 lakhsPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 b) Satisfactorily completed, as prime contractor, at least one similar nature of work such as of value not less than Rs.127.09LakhsPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20 2020-21, 2021-22 & 2022-23 c) Executed in any one year, the following minimum quantities of work: 1) Earth wrok/Emb/Subgrade 1678.00Cum, 2) GSB 864.00Cum 3) WMM 810.00Cum, 4) CC 1209.60Cum 5) Steel 5.83 Tonne.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneAs per the Govt Order No: FD 263 EXP-12/2022 Bangelore Dated: 11.05.2022 as per condition no 3 relaxation of machinery upto Rs. 300.00 Lakhs i.e. KW-3 & KW-4Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-8 and scanned copies of the owership Documents & Hire commitment Agreements
NoneNoneNoneNoneQualification and experience of the key technical and Management personnel in permanent employment with the Tenderer and those that are proposed to be deployed on this work, if work is awarded.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Biodata of the personnel
NoneNoneNoneNoneLiquid Assets and /or availability of credit facilities of no less than Rs. 84.73lakhs (Credit Lines/letter of credit/ certificates from the banks for meeting the fund requirement etcFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneReport on the financial standing of the Tenderer, such as profit and loss statements and auditors report for the last five years.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned Copy of ITC Certificate
NoneNoneNoneNoneLatest Income Tax Clearance CertificateFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned Copy of ITC Certificate
NoneNoneNoneNoneAssessed Tender Capacity shall be more than the Tendered AmountOthersAssessed Tender Capacity
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessement on the Letter Head of the Tenderer
NoneNoneNoneNoneConstitutional or Legal Status of the TendererOthersLegal Status
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Attach copy of registration
NoneNoneNoneNoneInformation of the works for which Tender acceptance letters are received.OthersNew Works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-6 and Letter of Acceptance
NoneNoneNoneNoneInformation on works which are yet to be completedOthersPending work
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-5 and Certificates in Format-3
NoneNoneNoneNoneInformation of the works for which Tenderer has submitted Tender.OthersTendered works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-7
NoneNoneNoneNoneThe proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion.OthersCPM/PERT
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- CPM/PERT Cahart
NoneNoneNoneNoneValue at 2023-24 price level, of existing commitments and on-going works to be executed during the next 06 months(Financial commitment of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24), (Monthwise commitment shall be furnished).OthersCommitted Works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Statement on the Letter head of the tenderer
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Similar nature of work done 50percent of APTTrueTechnical Bid
PWD Contractors Registration certificateTrueTechnical Bid
Annual Turnover certificate having UDIN numberTrueTechnical Bid
Line of CreditTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1709478555000
version0
createdDateNone
modifiedDateNone
blockNumberOffice of The Executive Engineer PWD Division Kalaburagi
streetNone
cityKalaburgi
stateKarnataka
pin585102
tenderRecallDTONone